Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Wheel Slip Prevention Fitment Part 2 — Class 150/0 and 150/1 WSP Installation

  • First published: 14 October 2020
  • Last modified: 14 October 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Northern Trains Ltd
Authority ID:
AA79716
Publication date:
14 October 2020
Deadline date:
30 October 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

NTL are looking for a rail engineering supplier who can evidence a proven track record of having performed complex safety critical modifications to British Rail class 15x rail vehicles to quality, timescale and budget, with experience of providing pre-work surveys and design.

The chosen supplier will have employees/contractors assessed to recognised standards of safety and quality and with processes in place to ensure and demonstrate compliance to these standards, and be cost effective, providing fair, clear, transparent and firm pricing for the entire project. NTL envisage that the duration of the contract will be for the period to delivery of the works. Based on NTL’s preferred fitment rate, NTL expects the term of the contract to be approximately 16 months.

Full details are available to interested parties at the URL stated above.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Northern Trains Ltd

03076444

9 Rougier St

York

YO1 6HZ

UK

Contact person: David Schuster - Procurement Consultant

E-mail: David.Schuster@northernrailway.co.uk

NUTS: UKE21

Internet address(es)

Main address: https://www.northernrailway.co.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.northernrailway.co.uk/procurement


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.6) Main activity

Railway services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Wheel Slip Prevention Fitment Part 2 — Class 150/0 and 150/1 WSP Installation

II.1.2) Main CPV code

50221000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Northern Trains Ltd (NTL) are tendering for a supplier to provide installation of an improved Wheel Slide Protection (WSP) system, that will mimic an anti-locking braking system, in order to improve wheelset lifecycle and operating performance.

NTL wish to appoint a supplier to retro-fit 6 BR class 150/0 rail vehicles and 100 BR class 150/1 rail vehicles with a wheel slide protection (WSP) system.

II.1.5) Estimated total value

Value excluding VAT: 2 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

50221400

50222000

34600000

34630000

34631000

34631400

34322100

34322000

50116200

II.2.3) Place of performance

NUTS code:

UKD33


Main site or place of performance:

Newton Heath Train Maintenance Depot, Dean Ln, Manchester M40 3AD.

II.2.4) Description of the procurement

NTL are looking for a rail engineering supplier who can evidence a proven track record of having performed complex safety critical modifications to British Rail class 15x rail vehicles to quality, timescale and budget, with experience of providing pre-work surveys and design.

The chosen supplier will have employees/contractors assessed to recognised standards of safety and quality and with processes in place to ensure and demonstrate compliance to these standards, and be cost effective, providing fair, clear, transparent and firm pricing for the entire project. NTL envisage that the duration of the contract will be for the period to delivery of the works. Based on NTL’s preferred fitment rate, NTL expects the term of the contract to be approximately 16 months.

Full details are available to interested parties at the URL stated above.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 2 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 08/03/2021

End: 22/07/2022

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Full details of this procurement are available for unrestricted and full direct access, free of charge in the memorandum of information, pre-qualification questionnaire and clarifications log at the URL stated above.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.4) Objective rules and criteria for participation

As stated in the PQQ and summarised in the supplier profile, within the Memorandum of Information available at the URL stated above.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

As stated in the PQQ and Memorandum of Information available at the URL stated above.

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

Will be detailed in a draft agreement made available to participants in the tender during the ITT stage.

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 30/10/2020

Local time: 17:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 27/11/2020

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 31/12/2021

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic payment will be used

VI.3) Additional information

See Pre-Qualification Questionaire, Memorandum of Information and Clarifications Log at the URL stated

Above.

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service

London

UK

E-mail: publicprocurementreview@cabinetoffice.gov.uk

VI.5) Date of dispatch of this notice

07/10/2020

Coding

Commodity categories

ID Title Parent category
34322100 Brake equipment Brakes and brake parts
34322000 Brakes and brake parts Mechanical spare parts except engines and engine parts
34631000 Parts of locomotives or rolling stock Parts of railway or tramway locomotives or rolling stock; railways traffic-control equipment
34630000 Parts of railway or tramway locomotives or rolling stock; railways traffic-control equipment Railway and tramway locomotives and rolling stock and associated parts
34600000 Railway and tramway locomotives and rolling stock and associated parts Transport equipment and auxiliary products to transportation
50221400 Repair and maintenance services of locomotive brakes and brake parts Repair and maintenance services of locomotives
50221000 Repair and maintenance services of locomotives Repair, maintenance and associated services related to railways and other equipment
50222000 Repair and maintenance services of rolling stock Repair, maintenance and associated services related to railways and other equipment
50116200 Repair and maintenance services of vehicle brakes and brake parts Maintenance and repair services related to specific parts of vehicles
34631400 Wheel axles and tyres and other parts of locomotives or rolling stock Parts of locomotives or rolling stock

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
David.Schuster@northernrailway.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.